Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Royal Borough of Kensington and Chelsea
W8 7NX
London
W8 7NX
UK
Contact person: Mo Ajibola -Procurement Manager
E-mail: mo.ajibola@rbkc.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://www.rbkc.gov.uk/
Address of the buyer profile: https://www.wearew11.org/en
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.capitalesourcing.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Production, transport and distribution of gas and heat
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
www.capitalesourcing.com
Reference number: Ref 270
II.1.2) Main CPV code
65000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is conducting a procurement for a design, build, operation and maintenance contract relating to the Notting Dale heat network (the “Procurement”).
The Notting Dale Heat Network (the “Heat Network”’/”Project”) is to be delivered and operated by a Special Purpose Vehicle (SPV) wholly owned by the Council, Notting Dale Heat Network Ltd. It is the Council’s ambition that it will be the most reliable and proactively maintained heat network in the UK.
The initial phase of the Project is to serve the Lancaster West Estate (LWE) for which the intended heat users include around 800 residential units, a school, a large Council-owned leisure centre and business units for SMEs (Baseline Studios).
The Project is anticipated to expand through future phases, which are currently being assessed.
The Authority is obliged to conduct this procurement in full accordance with the Utilities Contracts Regulations 2016. The Authority will procure the Proposed Contract using the Negotiated Procedure with Prior Notice as set out in Regulation 47 of the UCR 2016, which provides a structure for this competitive tendering exercise.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Lancaster West Estate (the Estate), in North Kensington, is undergoing a comprehensive refurbishment of its social housing and landscaping, with a deep energy retrofit to improve its energy performance.
The Authority is conducting a procurement for a design, build, operation and maintenance contract relating to the Notting Dale heat network (the “Procurement”).
The Notting Dale Heat Network (the “Heat Network”’/”Project”) is to be delivered and operated by a Special Purpose Vehicle (SPV) wholly owned by the Council, Notting Dale Heat Network Ltd. It is the Council’s ambition that it will be the most reliable and proactively maintained heat network in the UK.
The initial phase of the Project is to serve the Lancaster West Estate (LWE) for which the intended heat users include around 800 residential units, a school, a large Council-owned leisure centre and business units for SMEs (Baseline Studios). The Project is anticipated to expand through future phases, which are currently being assessed. Detail is provided in the ISIT - 2A, Project Description and Objectives report.
The Authority is obliged to conduct this procurement in full accordance with the Utilities Contracts Regulations 2016. The Authority will procure the Proposed Contract using the Negotiated Procedure with Prior Notice as set out in Regulation 47 of the UCR 2016, which provides a structure for this competitive tendering exercise.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
12/06/2023
End:
01/06/2028
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders are required to complete the Standard Selection Questionnaire , followed by the quality questions and their commercial proposal.
Minimum level(s) of standards required:
Insurance level required
• Employer's Liability Insurance of: £10 million
• Public Liability Insurance of: £10 million
• Professional Indemnity Insurance of: £10 million as a minimum
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection Questionnaire is available on the CapitaleSourcing portal
Minimum level(s) of standards required:
Trustmark Membership
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-004221
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/11/2022
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
23/09/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/06/2023
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Borough of Kensington and Chelsea of The Town Hall, Hornton Street, London
W8 7NX
London
W8 7NX
UK
VI.5) Date of dispatch of this notice
23/09/2022